By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Architectural Consultancy Services Framework

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Ulster
Block X Room X031, Cromore Road
Contact point(s): https://e-sourcingni.bravosolution.co.uk/web/login.shtml
For the attention of: Donal Quinn
BT52 1SA Coleraine
UNITED KINGDOM
Telephone: +44 2870123365
E-mail:

Internet address(es):

General address of the contracting authority: http://www.ulster.ac.uk

Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Electronic access to information: The above mentioned contact point(s)

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Architectural Consultancy Services Framework
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Northern Ireland - University of Ulster campuses at Belfast, Coleraine, Jordanstown & Magee

NUTS code UKN0

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 200 000 and 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The intention of this Competition is for the University to establish a multi-supplier Framework Agreement for the procurement of Architectural Consultancy Services on projects with a pre-tender estimate construction value less than 8 000 000 GBP (8m GBP) excluding VAT.
It is envisaged that the Architectural Consultancy Services Framework Agreement will be awarded to three (3) Consultants.
II.1.6)Common procurement vocabulary (CPV)

71200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The intention of this Competition is for the University to establish a multi-supplier Framework Agreement for the procurement of Architectural Consultancy Services on projects with a pre-tender estimate construction value less than 8 000 000 GBP (8m GBP) excluding VAT.
It is envisaged that the Architectural Consultancy Services Framework Agreement will be awarded to three (3) Consultants.
It is the University's intention that Architectural Consultancy Services for projects with a pre-tender estimate construction value of 8 000 000 GBP (8m GBP) or greater will be procured via stand-alone procurements outside this Framework Agreement.
The University intends to award Call-off Contracts from this Framework Agreement for projects with a pre-tender estimate construction value less than 3 000 000 GBP (3m GBP) without reopening competition to the Consultant who achieved the highest overall score at the ITT stage and is considered to provide the most economically advantageous tender.
Should the Consultant with the highest ITT score withdraw from this Competition or Framework Agreement; or is unable to provide their services for a Call-off Contract, the University reserves the right to award the Call-off Contract to the second highest placed Consultant at ITT stage. Should the second-highest placed Consultant at ITT stage subsequently withdraw from the Framework Agreement or is unable to provide their services for the Call-off Contract, the University reserves the right to award the Call-off Contract to the third highest placed Consultant at ITT stage.
It is anticipated that individual Call-off Contracts under the scope of this Framework Agreement that have a pre-tender estimate construction value between 3 000 000 GBP (3m GBP) and less than 8 000 000 GBP (8m GBP) will be the subject of a mini-competition between all the successful Consultants awarded this Framework Agreement.
Further details of how mini-competitions shall be held between successful Consultants on this Framework Agreement shall be set out in the Invitation to Tender documents issued to those candidates who are shortlisted from the PQQ stage and are selected to tender.
Economic Operators should note that there will be no guaranteed volumes under any Framework Agreement awarded. If the University decides to enter into a Framework Agreement with the successful Consultant(s), this does not mean that there is any guarantee of subsequent Call-off Contracts being awarded. Consequently the value of work awarded via this Framework Agreement may be lower than the estimate stated within the OJEU Contract Notice.
Any orders placed under this Framework Agreement will form a separate Call-off Contract under the scope of this Framework Agreement between the Consultant and the University.
The anticipated duration of the Framework Agreement will be for an initial period of two (2) years with an option to extend for two (2) further periods of twelve (12) months each.
Anticipated Start Date of Framework Agreement: 1.8.2014.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require bonds, deposits, guarantees or other appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contacting Authority reserves the right to require groups of economic operators to take a particular legal form upon contract award or to require that one party has primary liability or to require each party to be jointly and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Requisite insurances will have to be obtained and appropriate forms of security may have to be put in place prior to any contract award.
Further details shall be provided in the Memorandum of Information and Pre-Qualification Questionnaire Documentation available from the contact point above and the Invitation to Tender documentation to be issued to those candidates who qualify for the tendering stage of the competition.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Candidates shall be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18) - and in particular Regulation 23 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire Documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates shall be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18) - and in particular Regulation 24 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in Section IV.3.4.
Minimum level(s) of standards possibly required: As set out in the Memorandum of Information and Pre-Qualification Questionnaire Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates shall be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended(implementing Title II, Chapter VII, Section 2 of Directive 2004/18) - and in particular Regulation 25 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in Section IV.3.4.
Minimum level(s) of standards possibly required:
As set out in the Memorandum of Information and Pre-Qualification Questionnaire Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Legal compliance; economic & financial standing; technical or professional ability. Further information is available in the Memorandum of Information and in the Pre-Qualification Questionnaire Documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BravoSolution eSourcing NI reference:
Project Code: project_16041
PQQ Code: pqq_2806
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
5.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 5.3.2014 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2-4 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Re II.2.1 above, this is an estimated range only. The Contracting Authority reserves the right to award a contract for a higher or lower amount.
Re: Section IV.1.2 above, it is anticipated that a minimum of five economic operators will be invited to tender based on the objective criteria specified in the Memorandum of Information and the Pre-Qualification Questionnaire documentation (available from the contact point referred to above). Where there is a tie for 5th place in the scoring, then all Economic Operators tied in 5th place will be shortlisted and invited to tender. For the purposes of this exercise, a tie for 5th place shall be deemed to occur where two or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 5th place score.
The Contracting Authority reserves the right to include social clauses within the contract.

The Contracting Authority intends to use an eTendering system in this procurement exercise. To register your company and express an interest in this contract visit the eSourcing NI portal managed by BravoSolution:(https://e-sourcingni.bravosolution.co.uk/web/login.shtml) and follow the online instructions.

Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register

- Accept the terms and conditions and click ‘continue'.
- Enter your correct business and user details - Note the username you chose and click ‘Save' when complete.
- You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender
- Login to the portal with the username/password.
- Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier).
- Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page.
- This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only).
- You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box.
3. Responding to the tender
- Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining).
- You can now use the ‘Messages' function to communicate with the buyer and seek any clarification.
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT.
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Body responsible for mediation procedures

N/A
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will contain the information specified in Regulation 32 of the Public
Contracts Regulations 2006 (as amended). In accordance with Regulation 47D, legal proceedings must generally be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen, although a Court can extend the period for bringing proceedings to up to 3 months (after the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) where the Court considers that there is a good reason for doing so. A longer limitation period of 6 months can apply to any claim for a declaration of ineffectiveness (although this can in certain circumstances, specified in the Public Contracts Regulations 2006,be reduced to 30 days). The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.2.2014